Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS National Services Scotland
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Person cyswllt: Zenab Ghazali
Ffôn: +44 7977806098
E-bost: zenab.ghazali@nhs.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nss.nhs.scot/browse/procurement-and-logistics
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
NP37324 Bulk Medical Liquid Oxygen and Associated Equipment and Services
II.1.2) Prif god CPV
24111500
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Supply of Bulk Medical Liquid Oxygen and Associated Equipment and Services to NHS Scotland.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 19 370 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
33600000
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Disgrifiad o’r caffaeliad
This contract agreement is for the supply of Bulk Medical Liquid Oxygen and Associated Equipment and Services to NHS Scotland.
This will be the direct supply of Bulk Medical Liquid Oxygen in VIEs to hospitals as directed by the Participating Authorities and includes the rental and refilling of VIEs.
The total requirement will be awarded as a single supplier contract agreement.
The total requirement, including product specification and annual volumes, are detailed within the tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Supply Management
/ Pwysoliad: 15
Maes prawf ansawdd: Quality of Service
/ Pwysoliad: 10
Maes prawf ansawdd: Continuous Improvement
/ Pwysoliad: 5
Maes prawf ansawdd: Contingency Supply
/ Pwysoliad: 5
Maes prawf ansawdd: Sustainability - Energy
/ Pwysoliad: 5
Maes prawf ansawdd: Sustainability - Road Freight
/ Pwysoliad: 5
Price
/ Pwysoliad:
55
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 19 370 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This contract includes the option to extend for any number of periods, up to a maximum overall period of twenty four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Contract Agreement is due to expire.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
(a) Potential Contract Participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation that has been approved by the MHRA for the Goods tendered at the date of submission of the tender.
(b) All liquid oxygen containers and ancillary equipment and the equipment used for storage and supply during transport and the ancillary equipment therein used must comply with BS1319 or the equivalents ISO 32-1977/ISO 407 and SHTM 02-01 and the standards referenced therein.
(c) The supply of medical gases and piped medical gas systems must comply with Scottish Health Technical Memorandum (SHTM) 02-01 Parts 1 and 2 guidelines.
(d) Potential Contract Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.
(e) Potential Contract Participants are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
Lefel(au) gofynnol y safonau sydd eu hangen:
(a) Confirmation of existence of a valid and current UK Marketing Authorisation that has been approved by the MHRA for the Goods tendered at the date of submission of the tender should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.
(b) Confirmation that all liquid oxygen containers and ancillary equipment and the equipment used for storage and supply during transport and the ancillary equipment therein used comply with BS1319 or the equivalents ISO 32-1977/ISO 407 and SHTM 02-01 and the standards referenced therein should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.
(c) Confirmation that the supply of medical gases and piped medical gas systems comply with Scottish Health Technical Memorandum (SHTM) 02-01 Parts 1 and 2 guidelines should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.
(d) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.
(e) A completed copy of the Bidder Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions should be provided in the Qualification Envelope of the ITT under Environmental Management Criteria. This does not need to contain calculated carbon emissions.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/07/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
17/07/2024
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The estimated value(s) referred to in Sections II.1.5 cover(s) the ninety six (96) month contract duration and the twenty four (24) month extension period of the contract agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26869. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential contractor(s) agree to support the concept, provision, and ongoing development of community benefits provision in relation to this framework/contract.
Potential contractor(s) are required to agree to this mandatory requirement. They are also requested to provide a summary of the community benefits that have recently been delivered within Scotland, if at all, and what impact and outcomes these have achieved.
Potential contractor(s) are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential contractor(s) confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
For further information please visit NHSS Community Benefit Gateway (https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/).
(SC Ref:768119)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Ffôn: +44 01312252525
E-bost: edinburgh@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract agreement which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract agreement until the court proceedings are determined, discontinued, or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise, the remedies that may be awarded by the courts where the contract agreement has been entered into are limited to the award of damages.
VI.5) Dyddiad anfon yr hysbysiad hwn
17/06/2024